Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
MODIFICATION

85 -- Health and Comfort Packs Type I, II, and III

Notice Date
6/2/2006
 
Notice Type
Modification
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Subsistence, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM3S1-06-R-7004
 
Response Due
6/22/2006
 
Archive Date
7/7/2006
 
Point of Contact
Noreen Killian, Contract Specialist, Phone 215 737-7718, Fax 215 737-2988, - James Lecollier, Contracting Officer, Phone 215 737-3625, Fax 215 737-7774,
 
E-Mail Address
Noreen.Killian@dla.mil, James.Lecollier@dla.mil
 
Description
HEALTH AND COMFORT PACK ACQUISITION SOLICITATION SPM3S1-06-R-7004 **THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Proposal. This solicitation is an Unrestricted, negotiated procurement utilizing Low Cost Technically Acceptable Evaluation procedures. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. See FAR Provision 52.212-2 Evaluation-Commercial Items (Oct 1997) For Evaluation Criteria. This Solicitation will result in a Requirements Type Contract?see 52.216-21, Requirements, below. This solicitation and resultant contract is for a base period of 1 year. ITEM DESCRIPTION 8970-01-368-9154 Health and Comfort Pack, designed for a 30 day supply of specified accessory items for 10 persons, Type I. 8970-01-368-9155 Health and Comfort Pack, female, designed for 10 women for 30 days Type II. 8970-01-487-7488 Health and Comfort Pack, personal hygiene body wipes, to provide for austere bathing for 10 soldiers IAW FM 21 - 10 and MCRP 4 ? 11.1D, Field Hygiene and Sanitation, bulk pack, 40/box, Type III. The above Health and Comfort Packs shall be assembled in accordance with the DSCP Technical Data for Health and Comfort Pack, dated April 24, 2006, available at: www.dscp.dla.mil/subs/rations/programs/hcp/tdphcp.pdf or request this data from the Contracting Specialist. Delivery destinations, quantities, and required delivery dates will be provided via delivery orders issued on an as needed basis. Pricing shall be FOB Origin. 52.212-4 Contract Terms and Conditions ? Commercial Items applies to this acquisition. Please see below for addenda to this provision. (a) Inspection/Acceptance The Government shall inspect and accept product at Origin. Government inspection/acceptance shall be performed by US Army Veterinary Command (VETCOM). (c) Changes Except that the Government may make unilateral changes under FAR Clause 52.243-1 Changes, Fixed Price (Aug 1987) (g) Invoice The contractor shall invoice electronically, only in accordance with FAR Clause 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) (o) Warranty FAR Clause 52.246-17 Warranty of Supplies of a Noncomplex Nature (June 2003) shall apply. Warranty period at paragraph (b)(1) shall be 12 months. (t) Central Contractor Registration (CCR) Add the following: (5) Definitions: ?Central Contractor Registration (CCR) Database? means the primary Government repository for contractor information required for the conduct of business with the Government. ?Commercial and Government Entity (CAGE) Code? means? (a) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (b) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an ?NCAGE code.? ?Data Universal Number System (DUNS) Number? means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. ?Data Universal Numbering System+4 (DUNS+4) Number? means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern. ?Registered in the CCR Database? means that? (a) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; (b) The Contractor?s CAGE code is in the CCR database; and (c) The Government has validated all mandatory data fields and has marked the records ?Active.? 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) (a) Definitions. As used in this clause (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS Continued?. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. End of Clause 52.247-9011 Distribution Planning and Management System (DPMS) Pilot (APR 2006). As prescribed in 47.305-8, insert the following provision: A. The Contractor shall: (1) Establish a DPMS profile. (i) Prior to initial DPMS usage, the Supplier shall establish a profile in DPMS. To create a profile, the Supplier contacts the Defense Distribution Center (DDC), (DDC Code: TOT (1-800-456-5507)) which will assign a unique User Name and Password to the Supplier. (ii) The Contractor shall provide all required information in the profile to include: A. Company name and address B. Hours of operation C. Points of contact with associated contact information (telephone numbers, facsimile numbers, and email addresses, and certification information to process hazardous materiel for air or surface shipment (iii) The Contractor shall update the profile as necessary to insure that the information in it is accurate. (2) Ensure the following minimum information technology capability in order to access DPMS: (i) Pentium personal computer or equivalent system sufficient to access the Internet. (ii) Hewlett Packard compatible laser printer with two megabytes of memory. (iii) Internet Explorer 5.5 or more recent version. (iv) Adobe Acrobat 5.0 or more recent version (v) Minimum 56 Kbps internet connection (3) Use DPMS to plan and manage transportation under this contract: (i) When supplies under this contract/order are ready for shipment, the Contractor shall register each shipment in DPMS by selecting the appropriate order and entering accurate weight/cube information, and availability/preferred time of pick up. (Accurate information is essential 52.247-9011 Distribution Planning and Management System (DPMS) Pilot Continued? to ensure proper routing.) If a transportation order does not appear in DPMS, follow the directions in the DPMS User?s Guide (see par. A (ii)(4)) for manual entry instructions (ii) The Military Shipping Label (MSL) and carrier information/shipping instructions should be available in DPMS within 24 hours of initial shipment registry. The carrier will be chosen by the Government may not necessarily be the preferred carrier of the supplier. (iii) The Contractor shall print out and affix the DPMS generated MSL, print out the appropriate shipping documents, and maintain the item and shipping documents until the Government-provided transporter picks up the item(s). B. The Contractor shall not invoice for transportation costs since the Government is providing transportation pursuant to the DPMS Pilot Program. C. Use DPMS to contact the applicable transportation office prior to shipping, this will satisfy transportation notification requirements specified in Section B. D. Contact DDC (1-800-456-5507) if DPMS cannot be accessed, or if there are other transportation- related difficulties or questions. E. The Contractor acknowledges that participation in the DPMS Program applies to this contract/order only and any costs of participation will be borne solely by the contractor and not charged to the Government, either directly or indirectly as a component of cost or product price. End of Clause 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government?s requirements do not result in orders in the quantities described as ?estimated? or ?maximum? in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract against orders placed 365 days after the contract award date. 52-216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 364 days thereafter. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _1 Box_, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor? (1) Any order for a single item in excess of _____________ with a required delivery date no later than 15 days from order. (2) Any order for a combination of items in excess of ______________ with a required delivery date no later than 15 days from order. (3) A series of orders from the same ordering office within _____________ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within _24_ hours after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition with the following additional FAR clauses applicable : (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637 (d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2002) (15 U.S.C. 637 (d)(4)). _X_ (14) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (SEP 2002) (E.O. 13126). _X_ (16) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.213-3, Offeror Representations and Certifications--Commercial Items Offerors are cautioned to include a completed copy of this provision with their offer. 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. Please see below for addenda to this provision. (b)(4) Submission of Offers The technical description shall include the complete list of components to include brand/label, that will be assembled in each Health and Comfort Pack. Product samples may be required after closing in order to determine product acceptability in accordance with 52.212-2 below. Requested product samples shall be submitted at no cost to the Government and no later than 7 days from any request. Failure to provide timely product samples, if requested, shall constitute a late proposal. (b)(6) Submission of Offers Pricing shall be submitted FOB Origin, from contractor?s place of production and shipment. (b)(10) Submission of Offers Past Performance information shall be provided for recent and relevant contracts beginning with January 01, 2005. (b)(12) Submission of Offers Complete Clause 52.216-19 Order Limitations, Paragraph (b) Maximum Order. *Requests for additional information, including item specifications, contact Noreen Killian, Acquisition Specialist, at: Noreen.killian@dla.mil 215-737-7718 or James LeCollier, Contracting Officer, at James.Lecollier@dla.mil 215-737-3625. Offers are Due: June 8, 2006/ 3:00 pm EST Mailed offers should be sent to: Defense Logistics Agency Defense Supply Center Philadelphia Post Office Box 56667 Philadelphia, PA 19111-6667 Handcarried offers, including delivery by commercial carrier, should be delivered to: Defense Supply Center Philadelphia Business Opportunities Office Bldg. 36, 2nd Floor, Wing E 700 Robbins Avenue Philadelphia, PA 19111-5092 Note: All handcarried offers are to be delivered to the Business Opportunities Office between 8:00 a.m. and 5:00 p.m., Monday through Friday, except for legal federal holidays as set forth in 5 USC 6103. Offerors using a commercial carrier service must ensure that the carrier service ?handcarries? the package to the Business Opportunities Office specified above for handcarried offers prior to the scheduled opening/closing time. Package must be plainly marked ON THE OUTSIDE OF THE COMMERCIAL CARRIER?S ENVELOPE with the solicitation number, date, and time set forth for receipt of offers. 52.212-2 Evaluation?Commercial Items, applies to this acquisition (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest evaluated price and whose technical capability is considered acceptable, based on the following technical factors: 1.0 Acceptability of the product quality of the component items offered to meet the Government requirements. The Army customer technical representative shall make the final determination as to product acceptability. 2.0 Past Performance (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Place of Performance
Address: Defense Logistics Agency,, Logistics Operations,, Defense Supply Center Philadelphia - Subsistence,, 700 Robbins Avenue,, Philadelphia, PA, 19111-5096
Zip Code: 19111
Country: United States
 
Record
SN01061163-W 20060604/060602220149 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.